THE SCHOOL DISTRICT OF PHILADELPHIA OFFICE OF CAPITAL PROGRAMS 44O NORTH BROAD STREET, 3 RD FLOOR PHILADELPHIA, PENNSYLVANIA

Size: px
Start display at page:

Download "THE SCHOOL DISTRICT OF PHILADELPHIA OFFICE OF CAPITAL PROGRAMS 44O NORTH BROAD STREET, 3 RD FLOOR PHILADELPHIA, PENNSYLVANIA"

Transcription

1 THE SCHOOL DISTRICT OF PHILADELPHIA OFFICE OF CAPITAL PROGRAMS 44O NORTH BROAD STREET, 3 RD FLOOR PHILADELPHIA, PENNSYLVANIA TELEPHONE (215) / FAX (215) Request for Proposal To Provide Professional Design Services For Major Renovation at Albert Greenfield Elementary School 1.0 Subject The School District of Philadelphia s Office of Capital Programs is requesting proposals from qualified firms to provide professional design services for the Major Renovation at the Albert Greenfield Elementary School. The Albert Greenfield Elementary School is located in Center City and has an enrollment of approximately 580 students servicing students in grades K through 8. The project consists of a complete replacement of the existing central heating plant and terminal equipment as well as elevator and fire alarm replacement. Additionally a new gas service will be installed. The recently installed air cooled chiller will remain. The School District of Philadelphia (SDP) was designated a distressed school district on December 21, 2001 pursuant to the Pennsylvania Public School Code ( PSC ), 24 P.S (c). The School Reform Commission ( SRC ) has been established pursuant to PSC, 24 P.S , and is responsible for the operation and management and educational program of the SDP pursuant to PSC, 24 P.S (e)(1). 2.0 Place and Date of Submission One (1) original and four (4) copies each of the Technical Proposal and Fee Proposal shall be submitted in separate sealed envelopes clearly marked: Professional Design Services For The Major Renovation at Albert Greenfield Elementary School RFP-TECHNICAL PROPOSAL and Professional Design Services For The Major Renovation at Albert Greenfield Elementary School RFP-FEE PROPOSAL with the name of the proposing firm and their address. Faxed and Electronically Transmitted Proposals will not be accepted. Responses must be received by no later than 2:00 pm, Friday, July 1, The Proposal shall be addressed to: School District of Philadelphia Office of Capital Programs 440 North Broad Street, Suite 371, Office #3165 Philadelphia, PA Attn: Jerry Thompson 1

2 3.0 Walk-Through A mandatory project walk-through is scheduled on Wednesday June 15, 2016 at 10:00AM at the following location: Albert Greenfield Elementary School 2200 Chestnut Street Philadelphia, PA All Proposers shall assemble at the Entrance Lobby. Each firm is limited to a maximum of two (2) representatives. 4.0 Questions and Communications All questions must be submitted in writing via to Jerry Thompson, Contracts Manager, gcthompson@philasd.org The must include the name of the Project, Professional Design Services for the Major Renovation at Albert Greenfield Elementary School. The deadline for all questions is 2:00 pm, Friday June 24, All responses for every inquiry, including amendments to this RFP, will be provided and posted on the Office of Capital Programs website which can be accessed by clicking on the following link: The SDP will not be bound by any oral communications. From the date of the release of the RFP to the date of authorization of a contract, there shall be no communication concerning the RFP between prospective respondents and/or their agents or staff with any SDP staff, except as provided in the RFP. Communication with other SDP staff is expressly prohibited. Any communication in violation of this provision will not be binding on the SDP and shall be grounds for immediate disqualification. 5.0 Schedule Task Start Date Duration 1 RFP Issuance Wednesday, June 3, Proposal due Friday, July 1, Design period start Monday, October 17, Procurement Period start Friday, June 2, Board Meeting Thursday, September 14, Construction period start Friday, October 6, Project closeout Wednesday, August 14, Total Days Budget The estimated construction budget is $4,270, Project Scope The School District of Philadelphia intends to enter into a contract with a professional design firm to create design documentation, provide estimates, and contract administration for the Electrical, Mechanical and General Construction as listed below and as illustrated on the attached drawings. Abatement design documentation, estimates, and contract administration will be provided under a separate contract but will be bid as part of the mechanical contractors scope of work. A. Drawing List 2

3 HB-01 Basement Plan H1-02 First Floor Plan H2-03 Second Floor Plan H3-04 Third Floor Plan HB-05 Mechanical Room Plan and Elevations HD-06 Details and Schedules HD-07 Details HS-08 Gas Service B. General Construction i. Chimney A masonry chimney as indicated on the documents shall be provided beginning at the mechanical areaway and terminating three feet above the parapet wall. Twelve inch block shall run from the foundation to the termination. Brick to match the existing façade will be installed from grade to termination. Chimney interior clear dimension shall be 2-10 square. Provide new foundation to support proposed boiler stack and masonry. Refer to plans and details for additional information. ii. Concrete a. Ballasting pads provide where indicated in accordance with details b. Housekeeping pads provide where indicated in accordance with details c. Miscellaneous repairs provide 500 sq ft concrete repairs for mechanical room iii. Louver a. Refer to schedules for dimensions b. Refer to details for arrangements iv. Windows Replacement in kind pivoting windows located in each classroom C. Electrical Construction refer to the Equipment portion of Mechanical Construction for electrical requirements. i. Relighting: Relight mechanical room to 100 foot candles. ii. iii. Power: Provide circuits and wiring to support new equipment Assessment: Inspect condition of the existing power wiring to determine if replacement is required. D. Elevator Replacement i. Remove existing 2500 lbs. hydraulic passenger including hydraulic pumping unit, elevator car, hydraulic cylinder, rails, hoist way doors, elevator control panel, pit ladder, buffers, hall signal fixtures, pit receptacles and pit lights, etc. ii. Provide the new elevator equipment and features as follows: a. Quantity One b. Type Passenger, Hydraulic. c. Capacity 2,500 Lbs. 3

4 d. Speed 100 fpm e. Travel To be determined. f. Stop/Openings Four stops. Basement Floor, Ground Floor, Second Floor and Third floor g. Power 208, 3 phase, 3W, 60HZ h. Hydraulic Pumping Unit New i. Elevator Car Complete New j. Car Protection Pads New k. Hydraulic Cylinder New l. Safety New m. Guide Rails New n. Guide shoes New o. Buffers New p. Door Operator New q. Door Detector New r. Hoistway Doors New s. Hoistway Door Openings Existing to remain or to be modified if necessary. t. Hoistway Entrance Frame Existing to remain and to be repainted or to be replaced with new if door opening to be modified. u. Signal Fixtures New v. Telephone New w. Alarm New x. Pit Ladder New y. Pit lights New z. Pit GFCI receptacle New aa. Machine Room Lights New bb. Pictograph Signs New cc. Fire Man Recall System New dd. Telephone Cables New. Provide 2 Cat 6 cables to IT racks for each elevator. ee. Elevator Operation Key switch operation. Key switches to be provided in corridors and in cars for selection of manual or automatic operation. ff. Warranties/Maintenance 3 years warranty and 3 years maintenance service gg. Spare Keys Provide 30 spare elevator Keys iii. Replace existing 100A, 3-phase, power supply feeder (4-#2 THW in 1-1/4 conduit) to the elevator controller (or to the hydraulic pumping unit) including disconnect switch in the machine room. iv. Replace existing power supply circuit for elevator cab lights and fan including disconnect switch in the machine room. v. Elevator shafts shall be inspected for any structural damage and if any damage found it shall be fixed. vi. Provide sump pump in the elevator pit including piping, power and control. vii. Provide ventilation in the shaft including power and control. viii. Provide (2) Cat. 6 telephone cables from elevator controller to the Verizon demark station. ix. Provide ADA signage at accessible entrances and exits. E. Fire Alarm System Replacement i. Remove existing coded fire alarm system completely including fire alarm control panel, coded pull stations, bells, code transmitter for sprinkler system control panel, duct detectors for 4 AHUs, fire alarm wiring including wiring to sprinkler system control panel and power supply wiring to fire alarm control panels. ii. Provide new addressable fire alarm system including control panel, remote power booster panels, pull stations, horn/strobes units, smoke detectors, duct detectors, beam detectors if necessary, heat detectors, elevator recall system, fire alarm wiring, power wiring, 3 remote annunciator panels, etc. The new system shall be warranted for 3 years including maintenance service. 4

5 iii. Provide beam detectors in high ceiling areas which may include auditorium and gymnasium. iv. Provide 8 new duct detectors in AHU s with fan shut down relays and wiring. v. Replace existing smoke detection panel for AHUs. vi. Provide 3 remote annunciators, one at main entrance; one in main office and one in building engineer office. vii. Provide elevator recall system for the new hydraulic elevator. viii. Reconnect existing sprinkler control panel to the new fire alarm system. ix. Building area is 99,555 square feet. F. Mechanical Construction i. Ductwork a. Existing ductwork is to remain except where removal is required to accommodate equipment replacement. b. Additionally modification to the outside air intake in the mechanical room is required to allow for installation of the stack. c. Complete cleaning of the ductwork is to be provided. ii. Equipment a. Air Handlers 1.) Full replacement refer to schedule for capacities on HD-06 2.) Coils shall be piped as indicated on details 7&8-HD07 3.) Existing return fans shall remain 4.) Duct mounted OA dampers and operator to be replaced. 5.) Ductwork reconnect to existing NO vibration isolation required 6.) Control shall be local/standalone and furnished by unit manufacturer 7.) Accessories provide Agion anti microbial coating, refer to schedule for additional accessories 8.) Miscellaneous provide duct detector with interface to fire alarm panel 9.) Electrical reuse existing b. Boilers 1.) Provide (2) hot water boilers as indicated on schedule on HD-06 2.) Refer to detail sheet for piping information on 3-HD-07 3.) Electrical provide new service c. Cabinet unit heaters 1.) Full replacement refer to schedule for capacities on HD-06 2.) Repipe as indicated on detail 2-HD06 3.) Control shall be local/standalone 4.) Electrical reuse existing d. Classroom unit ventilators 1.) Full replacement refer to schedule for capacities on HD-06 2.) Units shall be furnished with face and bypass damper control, 14 gauge cabinets, single coil, adapter back and end piping compartment. 3.) Second floor units shall be provided with vertical piping compartment refer to CUV elevation detail 5-H2.B 4.) Ductwork reconnect to existing NO vibration isolation 5.) Control shall be local/standalone by Manufacturer mounted internally 6.) Electrical reuse existing 7.) Special instruction - replace two 72x12 outside air louvers on first floor serving CUV in room 117A and 102B 5

6 e. Convector 1.) Refer to schedules for capacities on HD-06 2.) Refer to details for piping arrangements 2-HD-06 f. Dampers 1.) Refer to schedules for dimensions on HD-06 2.) Refer to details for arrangement 17-HD-07 g. Fan (exhauster) 1.) Refer to schedules for capacities on HD-06 2.) Electrical reuse existing h. Heat Exchanger 1.) Refer to schedules for capacities on HD-06 2.) Refer to details for piping arrangements 13-HD-07 i. Pumps (Hydronic) 1.) Full replacement refer to schedules for capacities on HD-06 2.) Refer to details for piping arrangements 1-HD-06 3.) Electrical - all pumps P-1 thru 6 shall reuse existing 4.) Electrical - provide new service to P-7&8 j. Pumps (Fuel Oil) 1.) Refer to schedules for capacities on HD-06 2.) Refer to details for piping arrangements 12-HD-07 3.) Electrical provide new service k. Reheat Coils 1.) Full replacement refer to schedules for capacities on HD-06 2.) Refer to details for piping arrangements 5-HD-06 l. Underground Fuel Oil Tank 1.) Refer to schedules for capacities on HD-06 2.) Refer to details for piping arrangements 10&11-HD-06 m. Unit Heater (gas fired) 1.) Refer to schedules for capacities on HD-06 2.) Refer to details for piping arrangements 4-HD-06 3.) Electrical provide new service n. Unit Heater (hydronic) 1.) Existing to remain 2.) Repipe refer to details for piping arrangements 9-HD-07 3.) Electrical reuse existing iii. Demolition - Additional demolition not indicated on drawings includes removal of two 36,000 BTUH condensing units located on the roof and patching where refrigerant piping penetrated. 6

7 iv. Gas Service - Removal and reinstallation of new gas service and meter sets will be borne by the Utility. Provide electrical outlet and telephone drop for meter set. v. Insulation All new and existing piping shall be reinsulated except recently installed chilled water piping in the mechanical room and chilled water risers to the rooftop chiller from the mechanical room. G. Abatement Design Scope to be Performed Under a Separate Design Contract 8.0 Proposal Requirements A. Cover letter explaining the Proposer s understanding of the project B. Team resumes, listing relevant projects and year completed C. Organizational structure of the team being proposed and organizational chart D. Qualifications. Provide examples of relevant projects, year completed and construction budget (5 maximum) E. Project approach to this engagement in narrative form for all work items F. Fee Proposal Attachment F G. Proposer s ability to meet or reduce the schedule defined in the Scope of Work. This must include a narrative and bar chart. Any techniques that may be used to meet or reduce the proposed schedule should be explained in detail. H. Minimum of three references with recent experience with the firm and key personnel. I. All Attachments: Attachment A - Professional Service Qualification Forms All Prime Proposers must complete the Professional Qualification Forms in Attachment A. Fillable forms for Attachment A are available at the website (be patient it takes a couple minutes to open): Attachment B - Agreement to Contract Terms and Conditions All Prime Proposers must Acknowledge that they are in agreement with the District s Professional Services Contract and no changes will be made to the Contract. Only the Prime Consultant needs to complete the Acknowledgement. Attachment C Tax Compliance with the City of Philadelphia Provide a copy of your firm s Certificate of Tax Clearance with the City of Philadelphia. Attachment D Anti Discrimination Policy & Equal Opportunity Non-Discrimination Notice All Prime Proposers must acknowledge and agree to adhere to the District s Anti-Discrimination Policy. Attachment E - M/WBE Participation All Prime Proposers firms must complete the attached M/WBE Participation Plans. Respondents to this RFP shall include 15%-20% sub-consultant participation with either a minority-owned business enterprise(s) and/or with a woman-owned business enterprise(s). J. Proof of Insurance Coverage The Firm shall provide a Certificate(s) of Insurance reflecting current insurance coverage of the 7

8 Firm for the following: i. Workers Compensation and Employers Liability Insurance ii. Commercial General Liability Insurance iii. Automobile Liability Insurance iv. Professional Liability Insurance v. Excess Umbrella Insurance Successful Proposer(s) must provide evidence of current insurance coverage prior to the execution of the Contract for Professional Design Services. The amounts and types of such insurance coverage are indicated in the Professional Design Services Contract (See Sample Contract published on website.) 9.0 Fee Proposal Attachment F Firms responding to the RFP shall complete and return a separate Fee Proposal in a separate sealed envelope at the same time as their Technical Proposals; the fee shall be based on a percentage fee of the construction total budget of $4,270,067. The proposer s Fee Proposal will not be opened unless and until that firm has been selected for fee negotiation. The Final Fee shall be adjusted based on the actual low construction bid amount. Hourly rates will be utilized for additional services 10.0 Evaluation Criteria A selection committee will review all RFP submittals and assign a technical score based on the following criteria: A. Qualifications of the personnel and education of the key team members to provide the services being proposed. B. Proposer s satisfactory performance and experience of design services for projects of similar scope, building type, size, and complexity. C. History of Proposer(s) in meeting budget and scheduled deadlines. D. Meeting of MBE and WBE goals. If a firm does not meet the minimum technical score threshold it shall be omitted from further evaluation Selection Procedure The SDP is following a Qualifications-Based-Selection (QBS) process for this solicitation. Step 1: Technical Proposals of pre-qualified firms will be evaluated by the Selection Committee and ranked on the basis of their technical qualifications and suitability for this assignment. Step 2: A limited number of the firms (to be determined by the SDP) with the highest rated Technical Proposals will be invited to interviews and oral presentations with the Selection Committee. Step 3: The fee proposal of the highest rated firm will be opened and The SDP will enter into fee negotiations. (Fee Proposals for the other firms will not be opened until such time as the firm in question has been selected for fee negotiation.) If the SDP cannot reach agreement on fee with that firm, negotiations with that firm shall be terminated. The fee proposal of the next highest rated firm will be opened and fee negotiations with that firm commenced. The process will be repeated as necessary until agreement is reached or the SDP elects to terminate this solicitation. 8

9 The SDP has no obligation to make an award and reserves the right to waive any non-material defects, reject all Proposals for any reason, and terminate the selection process at any time. If the selected firm(s) is approved by the School Reform Commission, the SDP will notify the successful Proposer(s) of the award and prepare and distribute the necessary documents for execution. The unsuccessful Proposers will be notified by letter after the awarding of the contract. 9

10 10

11 11

12 12

13 13

14 14

15 15

16 16

17 17

18 18

19 19

20 20

21 21

22 22

23 23

24 ATTACHMENT B SAMPLE PROFESSIONAL DESIGN SERVICES CONTRACT The Professional Design Services Contract shall serve as a sample document for the Firms to review. Said sample contract shall not be construed as a contract between the Firm and the SDP. The Sample Contract can be viewed by clicking on the following link. I have read the Professional Design Services Contract and agree to enter into a Contract for this Project under the Terms and Conditions of the Contract and will not take any exceptions to the Terms and Conditions. Firm Name: Corporate Seal: Affix Here Signature: Title: Date: (Principal/Owner) 24

25 ATTACHMENT C City of Philadelphia Tax Compliance Provide a copy of your firm s Certificate of Tax Clearance with the City of Philadelphia. You can search your firm s tax compliance by clicking on the following web link: If your firm is compliant, you can print out the Certificate of Tax Clearance. If your firm is not tax compliant, please contact the City Revenue Department Tax Clearance Unit at (215)

26 ATTACHMENT D ANTI-DISCRIMINATION POLICY & EQUAL OPPORTUNITY NON-DISCRIMINATION NOTICE SECTION 1. THE POLICY of the SCHOOL DISTRICT OF PHILADELPHIA ADOPTED NOVEMBER 14, 2007 It is the policy of the School District of Philadelphia (the "District") acting through and by the School Reform Commission (the "SRC") to ensure equal opportunity in all contracts let by the District (the "Contracts"). In light of this policy, the District has adopted this Anti-discrimination Policy (the "Policy") which is applicable to all Contracts, including but not limited to, Contracts for the design, development, construction, operation and maintenance of school buildings and other buildings and structures owned, leased or used by the District or its contractors, assignees, lessees and licensees (the "Facilities"); Contracts for professional services and Contracts for the purchase of goods, services, supplies and equipment for the District and the Facilities. The objective of the Policy is the promotion of prime contract and subcontract opportunities for minority and woman-owned business enterprises ("M/W/BEs") that are approved by the District or that are certified by the Minority Business Enterprise Council of the City of Philadelphia, Southeastern Pennsylvania Transportation Authority or any other certifying agency designated by the District in its discretion. The fundamental requirement of the Policy is that all contractors, vendors and consultants that contract with the District (the "Contractors"), satisfy the District that they will: (1) not discriminate against any person in regard to race, color, religion, age, national origin, sex, ancestry, handicap or disability; and (ii) provide a full and fair opportunity for the participation of M/W/BEs in Contracts. Contractors must demonstrate that the participation of M/W/BEs is "meaningful and substantial" in all phases of a Contract under criteria adopted by the District. "Meaningful and substantial" shall be interpreted by the District as meaning the range of participation that reflects the availability of bona fide M/W/BEs in the Philadelphia Metropolitan Statistical Area. Participation shall be measured in terms of the actual dollars received by M/W/BEs. As used in this Policy, the word "Contractors" includes any person, firm, partnership, non-profit corporation, for-profit corporation, limited liability company or other legal entity that contracts with the District. For purposes of this policy, "minority person" refers to the following: African American or Black (persons having origins in any of the Black racial groups of Africa); Hispanic American (persons of Mexican, Puerto Rican, Cuban, Dominican, Central or South American, or other Spanish or Portuguese culture or origin regardless of race); Asian American (persons having origins from Japan, China, Taiwan, Korea, Burma (Myanmar), Vietnam, Laos, Cambodia (Kampuchea), Thailand, Malaysia, Indonesia, the Philippines, Brunei, Samoa, Guam, the U.S. Trust Territories of the Pacific Islands (Republic of Palau), the Commonwealth of the Northern Marianas Islands, Macao, Fiji, Tonga, Kiribati, Juvalu, Nauru, Federated States of Micronesia, Hong Kong, India, Pakistan, Bangladesh, Bhutan, the Maldives Islands, Nepal or Sri Lanka); and Native Americans (which includes persons who are American Indians, Eskimos, Aleuts or Native Hawaiians). 26

27 SECTION 2. PROCEDURES FOR IMPLEMENTATION 1. Articulation of the Policy. Staffing and Reporting The Office of General Counsel and Office of Small Business Development will develop language to be included in bid solicitations and requests for proposals that clearly sets forth the objective of the Policy (the "Solicitation Language"). District employees shall include the Solicitation Language in all bids, public solicitations, requests for proposals and all communications to potential Contractors, including those who wish to provide professional services to the District. The Policy shall be articulated to the public in general, and to each Contractor, assignee, lessee or licensee doing or seeking to do business with the District. The District may employ additional staff or contract with other public or private entities to assist in the implementation of the Policy. SBD shall provide the SRC with annual reports on the level of M/W/BE participation in all contracting activities. 2. Promotion of M/W/BEs The District recognizes the importance of having meaningful and substantial M/W/BE participation in all Contracts. To that end, the District will take steps to ensure that M/W/BEs are afforded a fair and equal opportunity to participate. Those steps may include but are not limited to: (i) making public contracting opportunities; (ii) advertising in newspapers and periodicals published by community-based organizations and M/W/BEs; and (iii) designing bid packages in such a way as to promote rather than discourage M/W/BE participation. 3. Contracting Requirements a. Bids, Request for Proposals and Public Solicitations Prior to the dissemination of any bid, request for proposals or public solicitation (the "Solicitation"), the applicable contracting department of the District shall submit proposed ranges of M/W/BE participation in the area to be bid (the "Participation Range") to SBD for approval. The Participation Range, as approved by SBD, shall be included in each Solicitation and, if applicable, the Solicitation shall include the names and addresses of bona fide M/W/BEs that are available for contracting or joint-venture opportunities. Each bidder or respondent shall be required to submit: (i) a plan with its bid or proposal that meets the Participation Range set forth in the Solicitation and lists the names, addresses, dollar amounts and scope of work to be performed by M/W/BEs (the "Participation Plan"); or (ii) brief narrative explaining its reasons for not submitting a Plan that meets the Participation Range set forth in the Solicitation. Submission of the Participation Plan is an element of responsiveness. Failure to submit a completed Participation Plan or a narrative explaining the reasons that the Participation Ranges could not be met may result in the rejection of a bid or proposal. If the Participation Range in a bid or proposal meets or exceeds the level determined by the District to be meaningful and substantial, there shall be a presumption of compliance with the Policy. If, however, the proposed Participation Range falls below the level determined by the District to be meaningful and substantial, the bidder or respondent must prove to the satisfaction of the District that it did not discriminate in the solicitation of potential subcontractors and/or joint venture partners. b. Contracts for Professional Services Contracts for professional services that are not the subject of a Solicitation must also include approval Participation Plans. If a proposed Contract for professional services is subject to the approval of the Limited Contracts Authority Committee of the District (the "LCA"), the applicable contracting department shall submit a proposed Participation Plan for the written approval of SBD prior to the submission of the Contract to the LCA. In instances where proposed Contract for professional services must be approved by a Resolution adopted by the SRC, SBD's approval of the Participation Plan shall be incorporated into the on-line resolution process prior to the submission of Resolution to the SRC. 4.Sanctions The Participation Plan shall be a part of each Contract between the District and a Contractor and shall be enforceable as any other contractual term or condition. Sanctions for breach of a 27

28 Participation Plan may include suspension, cancellation of the Contract and/or disbarment from future contracting opportunities with the District. A. EQUAL OPPORTUNITY EQUAL OPPORTUNITY The School District of Philadelphia (the School District ) is an Equal Opportunity Employer and demands no less of the companies with which it does business. The School District will not do business with companies or persons who unlawfully discriminate on the basis of race, color, national origin, sex, creed, disability, or any other impermissible ground in their hiring, promotion, subcontracting or procurement practices. By submitting any proposal to contract or entering into any contract with the School District, the Respondent (the "Respondent") represents and certifies that Respondent is an Equal Opportunity Employer; and conducts business affairs without improper regard to race, color, national origin, sex, creed, or disability, and has not been debarred, suspended, or declared ineligible to contract by any public or private agency or entity because of the Respondent s discriminatory practices. If the Respondent has been debarred or suspended, Respondent must submit a statement with the bid identifying the debarring or suspending entity and giving the date that the debarment or suspension was or is scheduled to be lifted. All certifications contained in a Respondent's proposal are material representations of fact upon which reliance will be placed if the School District awards a contract pursuant to this Request for Proposals. If it is later discovered or determined that the Respondent knowingly rendered an erroneous certification, then the School District may pursue available remedies, including termination of the contract. B. NON-DISCRIMINATION 1.Non-Discrimination in Hiring The Respondent agrees that it will comply with provisions of the Philadelphia Fair Practices Ordinance administered by the Human Relations Commission of the City of Philadelphia, the Pennsylvania Human Relations Act. No. 222, October 27, 1955, as amended, 43 P.S. Section 951 et seq; Title 7 of the Civil Rights Act of 1964, 42 U.S.C. Section 2000 et seq., and all pertinent regulations adopted pursuant to the foregoing in providing equal employment opportunities in connection with all work performed by it pursuant to any contract awarded to Respondent, ( the "Contract"). The Respondent, therefore agrees: (a) That it will not discriminate nor permit discrimination by its agents, servants or employees against any employee or applicant for employment with regard to hiring, tenure or employment, promotion, or any other terms, conditions or privileges of employment because of race, color, sex, religion, age, national origin, sex, ancestry, handicap or disability and will move aggressively as is hereinafter set forth to prevent same. (i) In all publications or advertisements for employees to work at the job site covered by the Contract placed by or on behalf of the Respondent, the Respondent will state that all qualified applicants will receive consideration for employment without regard to race, color, religion, age, national origin, sex, ancestry, handicap or disability. (ii) The Respondent will notify each labor union or workers' representative from whom it seeks workers of the Respondent's commitment as set forth in its proposal, and request that each union or workers' representative include minority group members and women among its referrals. 28

29 (iii) The Respondent will hire minority and female workers for the skilled and unskilled jobs required to perform the Contract in proportion to their availability in the relevant labor pools in the Philadelphia Metropolitan Statistical Area, or to their availability in its qualified applicant pool, whichever is greater. (iv) The Respondent will post in conspicuous places available to its employees and to applicants for employment, a notice of fair practices to be provided by the Philadelphia Human Relations Commission. (v) The Respondent will maintain a work environment free of harassment, intimidation and coercion, and will ensure that all on-site supervisory personnel are aware of and carry out Respondent's obligation to maintain such a working environment. (b) That it will identify on each certified payroll form submitted to the School District those of its employees who are minority group members and those who are female. As used here, "minority" means African American, Hispanic, Asian, or Native American. The School District shall at all times have access to work site and to the Respondent's employment records to assure compliance with this subsection. (c) That it will maintain on forms to be supplied by the School District, the name, race, sex, national origin, skill or craft, address, telephone number, and source of referral of each applicant for employment, which record shall show which applicants were hired. (d) That in the event apprentices are hired in any skilled craft area, the Respondent will endeavor to hire equal numbers of culturally diverse male and female trainees in each skill area. 2. NON-DISCRIMINATION IN CONTRACTING It is the policy of the School District of Philadelphia, that business concerns owned and controlled by minority group members and women shall have full and fair opportunity to participate in performance of contracts let by the School District. A Respondent's plan to joint venture with or subcontract to minority and woman-owned firms (M/WBEs) and/or to utilize M/WBEs as sources of supplies, equipment, or services will be a significant part of the evaluation of the Respondent's responsibility. (a) The Respondent will consider all proposals from potential M/WBE firms and document on the forms supplied by the School District, the reasons for not entering into a joint venture or subcontract with a M/WBE. (b) Respondent to this RFP will include 15%-20% sub-consultant participation with either a minority-owned business enterprise(s) and/or with a woman-owned business enterprise(s). (c) Where the Respondent proposes to perform the total contract with its own work force without any joint venture or subcontracting, before the contract is awarded, the Respondent will submit to the School District, information sufficient for the School District to determine that the Respondent has made a good faith effort to attain meaningful and substantial participation of M/WBEs. (d) The Respondent's agreement to meet the requirements of the Section is a material representation of fact upon which reliance will be placed if a contract is awarded. If it is later determined that the Respondent has not made a good faith effort to comply, within the School District's sole judgment, the School District may pursue available remedies, 29

30 including suspension or debarment of the Respondent from future School District work as non-responsible. C. LIABILITY OF SUBCONTRACTORS Any subcontractor of the Respondent shall have the same responsibilities and obligations as the Respondent to comply with the provisions of this Section and shall be subject to the same penalties for failure to comply as set forth below. D. PENALTIES FOR FAILURE TO COMPLY (1) It is hereby agreed that failure to comply and demonstrate a good faith effort to comply with the foregoing requirements shall constitute a substantial breach of the Contract. (seal) (Trade Name of Firm) (seal) (Signature of Owner or Partner) 30

31 ATTACHEMENT E SCHOOL DISTRICT OF PHILADELPHIA OFFICE OF PROCUREMENT SERVICES MINORITY/WOMAN-OWNED BUSINESS ENTERPRISE (MWBE) PARTICIPATION PLAN FORM I. Information in this section refers to the Prime Contractor/Vendor. Company Name Contact Person: Address: Phone: City: State: Zip: Fax: Owner: African-American, Hispanic, Asian, Native American, Woman, Non-Profit, Caucasian, Other Federal Tax ID Certifying Agency: Certification No.: Bid Number or Subject of Resolution: II. Information in this section refers to MWBE firms to be used in the performance of this contract. Company Name: Owner: Address: Phone: City: State: Zip: Fax: Owner: African-American, Hispanic, Asian, Native American, Woman, Non-Profit, Caucasian, Other Federal Tax ID Certifying Agency: Certification No.: Description of Work: Dollar Value $ Percentage of Total Contract Vendor Signature If no commitment, give reasons and supporting documentation (e.g., evidence of contacting MWBEs). I certify that the information provided is true and correct Authorized Representative Date: 31

32 ATTACHMENT F Fee Proposal Page 1 of 2 PROPOSNG FIRM: Fee for this project will be based on Percentage of Construction Cost Method, see section of the Professional Services Sample Contract.. Project Construction Value Proposed Fee Over $1,000,000 % The Designer s percentage of construction cost on this project shall be all-inclusive. The Designer shall be entitled to payment for the authorized reimbursable expenses provided in 6.8 of the Professional Services Sample Contract. 32

33 ATTACHMENT F Fee Proposal Sheet - Page 2 of Project: Professional Design Services For Major HVAC Renovation at Albert Greenfield Elementary School PROPOSING FIRM NAME: Hourly rates will be utilized for any authorized and approved additional services, see section 6.7, of the Professional Services Sample Contract. Company Person Position Hourly Rate Key Personnel for Structural Engineering Key Personnel for Architectural Key Personnel of MEP Engineering Key Personnel for Civil Engineering Structural Principal In Charge Licensed Structural Engineer Drafter/CADD Operator Clerical Architectural Designer, Principal In Project Manager Licensed Architect Construction Administrator Drafter/CADD Operator Clerical MEP Principal In Charge Licensed HVAC Engineer Licensed Electrical Engineer Licensed Plumbing Engineer Drafter/CADD Operator Clerical Civil Principal In Charge Licensed Civil Engineer Drafter/CADD Operator Clerical Key Personnel for Cost Estimating/Analysis 33

34 Estimator 34

ANTI-DISCRIMINATION POLICY of the SCHOOL DISTRICT OF PHILADELPHIA ADOPTED NOVEMBER 14, 2007

ANTI-DISCRIMINATION POLICY of the SCHOOL DISTRICT OF PHILADELPHIA ADOPTED NOVEMBER 14, 2007 ANTI-DISCRIMINATION POLICY of the SCHOOL DISTRICT OF PHILADELPHIA ADOPTED NOVEMBER 14, 2007 SECTION 1. THE POLICY It is the policy of the School District of Philadelphia (the "District") acting through

More information

THE SCHOOL DISTRICT OF PHILADELPHIA OFFICE OF CAPITAL PROGRAMS 44O NORTH BROAD STREET, 3 RD FLOOR PHILADELPHIA, PENNSYLVANIA

THE SCHOOL DISTRICT OF PHILADELPHIA OFFICE OF CAPITAL PROGRAMS 44O NORTH BROAD STREET, 3 RD FLOOR PHILADELPHIA, PENNSYLVANIA THE SCHOOL DISTRICT OF PHILADELPHIA OFFICE OF CAPITAL PROGRAMS 44O NORTH BROAD STREET, 3 RD FLOOR PHILADELPHIA, PENNSYLVANIA 19130-4015 REQUEST FOR PROPOSALS AND QUALIFICATIONS TO PROVIDE PROFESSIONAL

More information

Office of Capital Programs

Office of Capital Programs Office of Capital Programs 440 North Broad Street, 3 rd Floor Philadelphia, PA 19130-4015 REQUEST FOR QUALIFICATIONS FOR PAINT AND PLASTER REPAIRS ON AN AS-NEEDED BASIS 1.0 Subject The Office of Capital

More information

School District of Philadelphia

School District of Philadelphia School District of Philadelphia Office of Capital Programs 440 North Broad Street, 3 rd Floor Philadelphia, PA 19130-4015 REQUEST FOR PROPOSALS to provide Mechanical, Plumbing, Fire Protection & Electrical

More information

Request for Proposal WATER TESTING PROGRAM MANAGEMENT SERVICES Issued December 8, 2017

Request for Proposal WATER TESTING PROGRAM MANAGEMENT SERVICES Issued December 8, 2017 THE SCHOOL DISTRICT OF PHILADELPHIA OFFICE OF CAPITAL PROGRAMS 44O NORTH BROAD STREET, 3 RD FLOOR PHILADELPHIA, PENNSYLVANIA 19130-4015 TELEPHONE (215) 400-4730 / FAX (215) 400-4731 1.0 Subject Request

More information

School District of Philadelphia

School District of Philadelphia 1.0 Subject School District of Philadelphia Office of Capital Programs 440 North Broad Street, 3 rd Floor Philadelphia, PA 19130-4015 REQUEST FOR PROPOSALS to provide PROFESSIONAL ENGINEERING DESIGN SERVICES

More information

REQUEST FOR PROPOSAL/QUALIFICATIONS TO PROVIDE PROFESSIONAL ENVIRONMENTAL CONSULTING SERVICES FOR GEOTECHNICAL AND ENVIRONMENTAL SITE ASSESSMENTS

REQUEST FOR PROPOSAL/QUALIFICATIONS TO PROVIDE PROFESSIONAL ENVIRONMENTAL CONSULTING SERVICES FOR GEOTECHNICAL AND ENVIRONMENTAL SITE ASSESSMENTS THE SCHOOL DISTRICT OF PHILADELPHIA OFFICE OF CAPITAL PROGRAMS 44O NORTH BROAD STREET, 3 RD FLOOR PHILADELPHIA, PENNSYLVANIA 19130-4015 TELEPHONE (215) 400-4730 / FAX (215) 400-4731 REQUEST FOR PROPOSAL/QUALIFICATIONS

More information

**** End Addendum ****

**** End Addendum **** Addendum No. 1, 16-00198-ARLW February 10, 2017 To All Offerers: RFP 16-00198-ARLW FMLA Administration (3 rd Party) of 9,300 Employees, 5-Year Period Addendum No. 1 The following constitutes Addendum No.

More information

APPLICATION FOR STATE CERTIFICATION

APPLICATION FOR STATE CERTIFICATION APPLICATION FOR STATE CERTIFICATION Thank you for your interest in applying for state certification. We ask that you carefully complete each question. If a question is not applicable, simply answer that

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise in State Funded Construction The purpose of this Special Provision is to carry out the Texas Department of Transportation's policy

More information

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION

CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION CITY OF LOS ANGELES NONDISCRIMINATION EQUAL EMPLOYMENT PRACTICES AFFIRMATIVE ACTION CONSTRUCTION & NONCONSTRUCTION CONTRACTORS (VENDORS, SUPPLIERS, CONSULTANTS) Los Angeles Administrative Code (LAAC),

More information

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction

SPECIAL PROVISION. Disadvantaged Business Enterprise/Historically Underutilized. in State Funded Construction 1993 Specifications SPECIAL PROVISION Disadvantaged Business Enterprise/Historically Underutilized Business in State Funded Construction The purpose of this Special Provision is to carry out the Texas

More information

APPENDIX G REPRESENTATIONS & CERTIFICATIONS

APPENDIX G REPRESENTATIONS & CERTIFICATIONS APPENDIX G REPRESENTATIONS & CERTIFICATIONS ORGANIZATION: ADDRESS PHONE: MOBILE: EMAIL: WEB ADDRESS: The Offeror represents and certifies, by completing this form, that the following information is current,

More information

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction

SPECIAL PROVISION Disadvantaged Business Enterprise in Federal-Aid Construction 1995 Metric SPECIAL PROVISION 000---007 Disadvantaged Business Enterprise in Federal-Aid Construction The purpose of this Special Provision is to carry out the U. S. Department of Transportation's (DOT)

More information

By signing this Signature Page, the Offeror represents and certifies compliance with the attached Certifications and Representations.

By signing this Signature Page, the Offeror represents and certifies compliance with the attached Certifications and Representations. By signing this Signature Page, the Offeror represents and certifies compliance with the attached Certifications and Representations. The full text of a solicitation provision may be accessed electronically

More information

APPENDIX A. Definition of Terms

APPENDIX A. Definition of Terms APPENDIX A. Definition of Terms Appendix A provides explanations and definitions useful to understanding the 2015 Public Works Disparity Study. The following definitions are only relevant in the context

More information

GUILFORD COUNTY SCHOOLS Invitation for Bids

GUILFORD COUNTY SCHOOLS Invitation for Bids GUILFORD COUNTY SCHOOLS Invitation for Bids Purchasing Department 501 W. Washington Street Greensboro, NC 27401 Direct all inquiries to: Invitation for Bids.: 6105 Joe Farrar farrarj@gcsnc.com (336) 370-3236

More information

REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES

REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES Sheet 1 of 10 REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES I. INTRODUCTION. The specific requirements for the utilization of Disadvantaged Business Enterprises,

More information

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES. MATERIALS and SUPPLIES. Revised: May, 2017 Materials and Supplies

FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES. MATERIALS and SUPPLIES. Revised: May, 2017 Materials and Supplies FEDERAL TRANSIT ADMINISTRATION (FTA) CONTRACT CLAUSES MATERIALS and SUPPLIES Revised: May, 2017 Materials and Supplies FEDERAL TRANSIT ADMINISTRATION CONTRACT CLAUSES INDEX 1. Fly America Requirements

More information

Request for Qualifications (RFQ) from Architectural/Engineering Firms

Request for Qualifications (RFQ) from Architectural/Engineering Firms Town of Windham, CT Issue Date: April 18, 2018 Bid Number: WHS 482018 To: Re: ALL PROSPECTIVE RESPONDENTS Request for Qualifications (RFQ) from Architectural/Engineering Firms The Town of Windham, CT (hereafter

More information

Revised Southern California Edison Company Page 1

Revised Southern California Edison Company Page 1 Diverse Business Enterprise (DBE) Subcontracting Commitment and Reporting Requirements I. Overview It is Edison s goal to provide diverse business enterprises ( DBEs ), such as women, minority and service-disabled

More information

Last Name First Name Middle Initial ADDRESS Street City County State Zip

Last Name First Name Middle Initial ADDRESS Street City County State Zip APPLICATION FOR EMPLOYMENT Kolberg-Pioneer, Inc. An Equal Opportunity Employer (HRF-002-03 01/16) This application is valid for the calendar year of 2018. Kolberg-Pioneer, Inc. will provide the Social

More information

HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM)

HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM) HOUSING AUTHORITY OF THE CITY OF MILWAUKEE (HACM) PRIME CONTRACTOR FORMAL CONTRACT PROVISIONS FOR SUBCONTRACTING WITH EMERGING BUSINESS ENTERPRISES* FEDERAL DOLLARS NON-FEDERAL DOLLARS Where Federal dollars

More information

Texas Department of Transportation Page 1 of 46 Contract and Grant Management SUBCHAPTER J. DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM

Texas Department of Transportation Page 1 of 46 Contract and Grant Management SUBCHAPTER J. DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM Texas Department of Transportation Page of 0 SUBCHAPTER J. DISADVANTAGED BUSINESS ENTERPRISE (DBE) PROGRAM.00. Purpose of Subchapter; Applicability of Program. (a) This subchapter establishes policies

More information

SECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS

SECTION EEO & AFFIRMATIVE ACTION REQUIREMENTS NOTICE OF REQUIREMENTS FOR AFFIRMATIVE ACTION TO ENSURE EQUAL EMPLOYMENT OPPORTUNITY (EXECUTIVE ORDER 11246) 1. The Offeror s or Bidder s attention is called to the Equal Opportunity Clause and the Standard

More information

Attachment 15 Specified Requirements

Attachment 15 Specified Requirements Attachment 15 Specified Requirements Attachment 15 PART A SPECIFIED REQUIREMENTS The shall comply with, and the Concessionaire shall perform its obligations and (where relevant) shall require each Project

More information

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A Instructions to Bidders Document A701 TM 1997 for the following PROJECT: (Name and location or address)address): Orig A701-1997 THE OWNER: (Name, legal status and address)(name and address): THE ARCHITECT:

More information

Botetourt County Public Schools

Botetourt County Public Schools Botetourt County Public Schools Request for Proposals # 18-5000 for Architectural and Engineering Services Related to the Design of a New Elementary School One (1) original and four (4) copies of sealed

More information

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR REPLACEMENT OF HVAC EQUIPMENT AT Highland High School, 1800 Bench

More information

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number

525 South Lawrence Street Montgomery, Alabama Repair/Restore Fire Units at Paterson Court IFB Number 525 South Lawrence Street Montgomery, Alabama 36104 Repair/Restore Fire Units at Paterson Court IFB Number 2018-08 TYPE OF PROJECT: Invitation for Bids (IFB) to Repair/Restore Fire Units at Paterson Court

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

City And County Of San Francisco Office Of Contract Administration LED LUMINAIRE WITH WIRELESS MONITORING AND CONTROL SYSTEM

City And County Of San Francisco Office Of Contract Administration LED LUMINAIRE WITH WIRELESS MONITORING AND CONTROL SYSTEM City And County Of San Francisco 79000 Office Of Contract Administration APPENDIX I LED LUMINAIRE WITH WIRELESS MONITORING AND CONTROL SYSTEM APPENDIX I HRC FORMS HRC Attachment 3 Requirements for Contracts

More information

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF ENGINEERING FIRM Open End Contract Mechanical, Electrical, Plumbing (MEP) Services Systemwide Reference No. 3-278 The Pennsylvania Turnpike Commission will

More information

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR INSURANCE BROKER SERVICES CONTRACT PROPOSAL RFP NO. GD 18-03

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR INSURANCE BROKER SERVICES CONTRACT PROPOSAL RFP NO. GD 18-03 GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR INSURANCE BROKER SERVICES CONTRACT PROPOSAL RFP NO. GD 18-03 PREPARED BY GREATER DAYTON REGIONAL TRANSIT AUTHORITY FEBRUARY 21, 2018 FEBRUARY

More information

IFB No. FQ18119/ST APPENDIX B

IFB No. FQ18119/ST APPENDIX B APPENDIX B 1 NOTICE OF REQUIREMENTS FOR DISADVANTAGED BUSINESS ENTERPRISE (DBE) May 2015 ~Applies only if proposal price is $500,000 or more for a construction contract or $150,000 or more for a supply

More information

Application for Employment

Application for Employment Position Sought: Community Transit of Delaware County, Inc. 206 Eddystone Avenue Suite 200 Eddystone, PA 19022-1594 Application for Employment Date: (Last) (First) (Middle Name) (Street Address) (City)

More information

APPENDIX B NOTICE OF REQUIREMENTS FOR DISADVANTAGED BUSINESS ENTERPRISE (DBE) March 2012 * * *

APPENDIX B NOTICE OF REQUIREMENTS FOR DISADVANTAGED BUSINESS ENTERPRISE (DBE) March 2012 * * * APPENDIX B NOTICE OF REQUIREMENTS FOR DISADVANTAGED BUSINESS ENTERPRISE (DBE) March 2012 * * * ~Applies only if bid/proposal price is $500,000 or more for a construction contract or $100,000 or more for

More information

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR BUS GARAGE RESTORATION REPAIRS CONTRACT PROPOSAL RFP NO.

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR BUS GARAGE RESTORATION REPAIRS CONTRACT PROPOSAL RFP NO. GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR BUS GARAGE RESTORATION REPAIRS CONTRACT PROPOSAL RFP NO. GD 17-38 TWO-STEP PROCUREMENT STEP ONE TECHNICAL APPROACH AND TECHNICAL QUALIFICATIONS

More information

REQUEST FOR QUALIFICATIONS (RFQ) DESIGN OF A MONUMENT SIGN TO INCUDE A FULL ELECTRONIC MESSAGE CENTER SCREEN AT PORT SAN ANTONIO

REQUEST FOR QUALIFICATIONS (RFQ) DESIGN OF A MONUMENT SIGN TO INCUDE A FULL ELECTRONIC MESSAGE CENTER SCREEN AT PORT SAN ANTONIO REQUEST FOR QUALIFICATIONS () DESIGN OF A MONUMENT SIGN TO INCUDE A FULL ELECTRONIC MESSAGE CENTER SCREEN AT PORT SAN ANTONIO I. INTRODUCTION AND PURPOSE This is issued by the Port Authority of San Antonio

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST TO SUBMIT PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH COMMUNITY DEVELOPMENT BLOCK GRANT ( CDBG ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

More information

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director

For. 621 Grant. Yakima, WA until: preparation. Kim Hixson Director Yakima Valley Libraries 102 North Third Street Yakima, WA 98901 Request for Statement of Qualifications (SOQ) For Remodel of Sunnyside Community Library 621 Grant Sunnyside, WA 98944 Notice is hereby given

More information

Request for Proposal For Scrap Metal Removal

Request for Proposal For Scrap Metal Removal Daryl Huddleston Director of Transportation 900 S Powell Rd Independence, MO 64056 (816)521-5335 Fax (816)521-5660 Request for Proposal For Scrap Metal Removal Proposal Due: On or before June 21, 2018

More information

PENNSYLVANIA TURNPIKE COMMISSION

PENNSYLVANIA TURNPIKE COMMISSION PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ARCHITECTURAL OR ENGINEERING FIRM Design of a New Maintenance Facility - District 4 Reference No. 4-094 The Pennsylvania Turnpike Commission (PTC) will

More information

The Redevelopment Authority of the City of York. Request for Proposals (RFP) Accounting and Fiscal Management Services

The Redevelopment Authority of the City of York. Request for Proposals (RFP) Accounting and Fiscal Management Services The Redevelopment Authority of the City of York Request for Proposals (RFP) Accounting and Fiscal Management Services SEALED PROPOSALS MUST BE RECEIVED NO LATER THAN APRIL 5, 2018 AT 4:00PM PROPOSALS RECEIVED

More information

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Manalapan Township Request for Proposals for Renewable Energy Power Purchase Agreement (PPA) Section 1: General Terms 1.1 Purpose and Response Date Manalapan Township hereby issues this Request for Proposals

More information

The School District of Philadelphia. Prime Contractor Prequalification Application

The School District of Philadelphia. Prime Contractor Prequalification Application INSTRUCTIONS The SDP requires firms that wish to be considered for contract work with the SDP MUST is pre-qualified with the SDP. All firms seeking pre-qualification must complete and submit the attached

More information

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP")

CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS (RFP) CHARLOTTE PUBLIC SCHOOLS CONSTRUCTION MANAGEMENT SERVICES REQUEST FOR PROPOSALS ("RFP") May 12, 2017 CHARLOTTE PUBLIC SCHOOLS A. Instructions REQUEST FOR PROPOSAL FOR CONSTRUCTION MANAGEMENT SERVICES PART

More information

Denver Public Schools Facility Management / Purchasing S. Acoma St. Denver, Colorado S. Acoma St. Denver, Colorado 80223

Denver Public Schools Facility Management / Purchasing S. Acoma St. Denver, Colorado S. Acoma St. Denver, Colorado 80223 Denver Public Schools Facility Management / Purchasing 1617 S. Acoma St. Denver, Colorado 80223 Date: March 4, 2014 RFQ Number: RFQ Title: RFQ will be received: 2014 DPS Contractor RFQ RFQ Construction

More information

East Africa Trade and Investment Hub

East Africa Trade and Investment Hub East Africa Trade and Investment Hub Request for Quotation (RFQ) RFQ-NAI-0099 Office Repair and Maintenance Issue Date: 24, August 2016 WARNING: Prospective Bidders, who have received this document from

More information

NOTICE TO BIDDERS EXHIBIT E

NOTICE TO BIDDERS EXHIBIT E NOTICE TO BIDDERS Minority- and Women-owned Business Enterprises, Locally-based Business Enterprises (M/W/LBEs) Non-Discrimination and Affirmative Action Requirements in Columbia University Construction

More information

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM

Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM HUNTINGDON AREA SCHOOL DISTRICT REQUEST FOR PROPOSAL High School Camera Issue Date: April 18th, 2016 Response Deadline: May 16th, 2016 MANDATORY WALKTHROUGH May 3rd at 10AM 1.0 INTRODUCTION The Huntingdon

More information

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR FOOD AND BEVERAGE VENDING SERVICES CONTRACT PROPOSAL NO.

GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR FOOD AND BEVERAGE VENDING SERVICES CONTRACT PROPOSAL NO. GREATER DAYTON REGIONAL TRANSIT AUTHORITY REQUEST FOR PROPOSAL FOR FOOD AND BEVERAGE VENDING SERVICES CONTRACT PROPOSAL NO. GD 16-25 PREPARED BY GREATER DAYTON REGIONAL TRANSIT AUTHORITY DECEMBER 30, 2016

More information

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017. Request for Proposals RFP2M17-9 Labor Compliance Services for the 2017 HUD Sidewalk and ADA Ramp Project, Phase II and 2017 HUD Street Improvement Project GENERAL INFORMATION Award of contract by the City

More information

Sheridan Hollow Village

Sheridan Hollow Village Sheridan Hollow Village BUILDING SECURITY BID NOTIFICATION PACKAGE TABLE OF CONTENTS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS 001116 Invitation to Bid 002113 Instructions to Bidders 002413 Scope

More information

Guaranteed Energy Savings Contract

Guaranteed Energy Savings Contract REQUEST FOR PROPOSALS NUMBER RFP # MASD 13-01 December 20, 2013 MINERSVILLE AREA SCHOOL DISTRICT Guaranteed Energy Savings Contract SUPERINTENDENT'S OFFICE 1 Battlin Miners Drive P.O. Box 787 Minersville,

More information

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1 TELEPHONE: 620/694-1970 OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO. 15-149 ADDENDUM NO. 1 July 22, 2015 TO ALL PROSPECTIVE BIDDERS: The Bid Documents for the Bid 15-149, are hereby amended

More information

PENNSYLVANIA TURNPIKE COMMISSION. Reference No

PENNSYLVANIA TURNPIKE COMMISSION. Reference No PENNSYLVANIA TURNPIKE COMMISSION RETENTION OF AN ENGINEERING FIRM Design and Construction Consultation Services Lehigh Tunnel, Northbound and Southbound Replacement of Roadway Tunnel Lighting and Raceway

More information

FEDERAL REQUIREMENTS. The following access to records requirements apply to the Contract resulting from this RFB:

FEDERAL REQUIREMENTS. The following access to records requirements apply to the Contract resulting from this RFB: FEDERAL REQUIREMENTS FR 1. Access to Records The successful Offeror agrees to maintain all books, records, accounts and reports required under the Contract resulting from this RFB for a period of not less

More information

PHILADELPHIA REGIONAL PORT AUTHORITY (PHILAPORT)

PHILADELPHIA REGIONAL PORT AUTHORITY (PHILAPORT) July 15, 2017 Version PHILADELPHIA REGIONAL PORT AUTHORITY (PHILAPORT) Diversity Inclusion Plan (Construction) DIVERSITY AND INCLUSION POLICY MINIMUM PARTICIPATION LEVELS PHILAPORT has established the

More information

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864) City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Construction Service for Piedmont Community

More information

Request for Proposal Body Repair and Painting Services for ISD Vehicles

Request for Proposal Body Repair and Painting Services for ISD Vehicles Daryl Huddleston Director of Transportation 900 S Powell Rd Independence, MO 64056 (816)521-5335 Fax (816)521-5660 Request for Proposal Body Repair and Painting Services for ISD Vehicles Proposal Due:

More information

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas INVITATION TO SEALED BID 16-89 Sealed Bids will be received by the Office of the City Purchasing Manager for the City of Hutchinson prior to 10:00 A.M., Tuesday, February 2, 2016. Request For Formal Bid

More information

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS REQUEST FOR PROPOSALS Issue Date: March 6, 2015 Title: ARCHITECTURAL/ENGINEERING SERVICES FOR THE RENOVATION OF AN EIGHT (8) BEDROOM WAIVER RESIDENTIAL FACILITY (RFP# 2015RFPKeen ICF) Issuing Agency &

More information

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES

HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES HOUSING AUTHORITY OF THE TOWN OF MORRISTOWN REQUEST FOR PROPOSALS FEE ACCOUNTING SERVICES Under a Fair and Open Process in Accordance with N.J.S.A. 19:44A-20.4 et seq. PROPOSALS MUST BE SUBMITTED BY 11:00

More information

REVOLVING LOAN FUND POLICY

REVOLVING LOAN FUND POLICY REVOLVING LOAN FUND POLICY The purpose of this policy is to provide guidance regarding loans from a revolving loan fund (RLF) to private and public entities for projects that benefit the community. Nothing

More information

Human Services Building Roof Project (4 flat roofs)

Human Services Building Roof Project (4 flat roofs) Request for Proposal Human Services Building Roof Project (4 flat roofs) The Lincoln County Maintenance Department is seeking to contract with an individual or entity to reroof four (4) flat roofs located

More information

Charlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services

Charlotte-Mecklenburg Schools Capital Program Services. Request for Qualifications Architectural Design Services Charlotte-Mecklenburg Schools Capital Program Services Request for Qualifications Architectural Design Services February 25, 2019 Contents Section 1 - ADVERTISEMENT...1 Section 2 - INTRODUCTION AND OVERVIEW...1

More information

To determine your eligibility for the program, the following documentation must be completed and submitted:

To determine your eligibility for the program, the following documentation must be completed and submitted: Dear Applicant, As a participating jurisdiction in the St. Charles Urban County, the City of St. Peters will administer a St. Peters Urban County Home Improvement Loan Program (H.I.L.P) once federal funding

More information

BPO Vendor Packet. Please or fax your completed application back to ISGN:

BPO Vendor Packet. Please  or fax your completed application back to ISGN: BPO Vendor Packet Thank you for your interest in becoming an ISGN Vendor Partner. Please complete the following documents so we may successfully set up your account: 1. Vendor Application 2. Affiliate

More information

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave) COUNTY OF SAGINAW Request for Proposal Saginaw Spirit Locker Suite Renovations and Addition The DOW (303 Johnson Street, Saginaw) Pre-Proposal/Site Tour Tuesday, November 22, 2016 @ 10:00am The Dow-Lobby

More information

MSCAA PROJECT NO /04

MSCAA PROJECT NO /04 TIME: RBID ENVELOPE MSCAA PROJECT NO. 14-1374-03/04 NAME OF PROJECT: CONCOURSE MODERNIZATION- PASSENGER BOARDING BRIDGES BIDS DUE: U5/8/2018 U U 2:00 PM Local Time UBIDDER IDENTIFICATIONU: MEMPHIS SHELBY

More information

CITY OF ST. LOUIS DEPARTMENT OF PUBLIC SAFETY. REQUEST FOR PROPOSAL (amended*)

CITY OF ST. LOUIS DEPARTMENT OF PUBLIC SAFETY. REQUEST FOR PROPOSAL (amended*) RFP #: 610-2007 CITY OF ST. LOUIS DEPARTMENT OF PUBLIC SAFETY REQUEST FOR PROPOSAL (amended*) FOR: PUBLIC SAFETY ANSWERING POINT, DISPATCH/EMERGENCY OPERATIONS CENTER CONSOLIDATION FEASIBILITY STUDY ISSUED:

More information

Employment Application

Employment Application Employment Application To Applicant Instructions We appreciate your interest in our company and we are interested in reviewing your qualifications for our current open positions. To make this the best

More information

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED**

DARLINGTON COUNTY CARPET SQUARES VINYL TILE HARTSVILLE OUTREACH CENTER INVITATION FOR BID (IFB) **RE-ADVERTISED** I. INTRODUCTION DARLINGTON COUNTY County of Darlington, South Carolina is seeking bids from qualified firms to install carpet squares and vinyl tile in the Outreach building located at 404 4 th Street

More information

Subcontractor Qualification Statement

Subcontractor Qualification Statement Subcontractor Qualification Statement Trade: Legal Name of Firm: Address: No. & Street City State Zip Mailing Address: If different from above address E-mail address: Telephone #: Fax #: Website: Type

More information

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ#

REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# REQUEST FOR QUALIFICATIONS NATURAL RESOURCES, TECHNICAL AND/OR ENGINEERING SERVICES FOR MINING PERMIT APPLICATIONS RFQ# 2018-19 Issued By: Baker County Board of County Commissioners 55 North 3 rd Street

More information

SIGNATURE REQUIRED LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO.

SIGNATURE REQUIRED LEGAL NAME OF ENTITY/INDIVIDUAL FILED WITH IRS FOR THIS TAX ID NO. BID REQUEST NO.: 19-6006-LL-C STRATEGIC SOURCING SPECIALIST: Leyanna Long TITLE: Audio Visual Equipment and Supplies PHONE NO.: (573) 884-3228 ISSUE DATE: October 23, 2018 E-MAIL: Longlk@umsystem.edu RETURN

More information

STATEMENT OF BIDDER'S QUALIFICATIONS

STATEMENT OF BIDDER'S QUALIFICATIONS STATEMENT OF BIDDER'S QUALIFICATIONS All questions must be answered and the data given must be clear and comprehensive. This statement must be notarized. If necessary, questions may be answered on separate

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

ALABAMA DEVELOPMENT OFFICE ADMINISTRATIVE CODE CHAPTER CERTIFIED CAPITAL COMPANIES TABLE OF CONTENTS

ALABAMA DEVELOPMENT OFFICE ADMINISTRATIVE CODE CHAPTER CERTIFIED CAPITAL COMPANIES TABLE OF CONTENTS ALABAMA DEVELOPMENT OFFICE ADMINISTRATIVE CODE CHAPTER 281-2-1 CERTIFIED CAPITAL COMPANIES TABLE OF CONTENTS 281-2-1-.01 Definitions 281-2-1-.02 Certified Capital Company 281-2-1-.03 Qualified Technology

More information

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT This MINORITY AND WOMEN-OWNED BUSINESS UTILIZATION AND SERVICE-DISABLED VETERAN-OWNED BUSINESS AGREEMENT

More information

Proposal No:

Proposal No: City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC 29304-1749 P (864)-596-2049 F (864) 596-2365 Legal Notice Request Proposal Demolition Asbestos /Abatement of Two (2) Structures

More information

January 18, Request for Proposals. for

January 18, Request for Proposals. for January 18, 2017 Request for Proposals for Preparation of Tulare County Transit Authority (TCTA) Fiscal Audits for Years 2016/17, 2017/18 and 2018/19 from the Tulare County Association of Governments (TCAG)

More information

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building City of Forest Park Request for Proposals Automatic Fire Sprinkler System - Community Building Mandatory Pre-Bid Conference March 4, 2014 at 1:30 pm Bid Deadline March 14, 2014 at 2:00 pm Purpose: The

More information

REQUEST FOR PROPOSAL

REQUEST FOR PROPOSAL REQUEST FOR PROPOSAL FOR Spokane Tribe of Indians Phase I Environmental Site Assessment PROPOSAL NO. FY2014/049 BY SPOKANE TRIBE OF INDIANS PURCHASING/PROPERTY DEPARTMENT 6195 FORD/WELLPINIT RD PO BOX

More information

RFQ McMinnville School District REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTORS FOR SCHOOL DISTRICT CONSTRUCTION PROJECTS

RFQ McMinnville School District REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTORS FOR SCHOOL DISTRICT CONSTRUCTION PROJECTS RFQ 2016-11 McMinnville School District REQUEST FOR QUALIFICATIONS FOR GENERAL CONTRACTORS FOR SCHOOL DISTRICT CONSTRUCTION PROJECTS 279C.430 Prequalification of general contractors Closing Date: November

More information

PROPOSALS DUE NO LATER THAN 11:00 A.M., SEPTEMBER 23, 2015 (6 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT.

PROPOSALS DUE NO LATER THAN 11:00 A.M., SEPTEMBER 23, 2015 (6 COPIES) TO THE ATTENTION OF KRAIG BOYNTON, PURCHASING AGENT. REQUEST FOR PROPOSAL (RFP) FOR ARCHITECTURAL/ENGINEERING SERVICES FOR BUILDING ANALYSIS OF THE CITY- OWNED BUILDING LOCATED AT 149 NORTH BROAD STREET (FORMER ILLINOIS NATIONAL GUARD ARMORY) Kraig Boynton,

More information

HSU Reddie Grill Renovation OFFICIAL BID SHEET

HSU Reddie Grill Renovation OFFICIAL BID SHEET OFFICIAL BID SHEET BID NUMBER: 18-24 FIRM CONTRACT DATE: June 26, 2018 INVITATION Bids must be signed in Ink. Unsigned bids will not be considered. Bids are invited for the Renovation of the HSU Reddie

More information

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE. I Application 1. II Minority Business Enterprise Goals 1. III Subcontractor Payment Requirements 2

TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE. I Application 1. II Minority Business Enterprise Goals 1. III Subcontractor Payment Requirements 2 TABLE OF CONTENTS ARTICLE NUMBER DESCRIPTION PAGE I Application 1 II Minority Business Enterprise Goals 1 III Subcontractor Payment Requirements 2 IV Program Compliance Requirements 3 V Checklist for Review

More information

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302) Sealed proposals for:, Bid #17SA-319 Interested parties must submit a priced proposal, in writing with one (1) original and three (3) copies to the,,, New Castle, DE 19720 (302/395-5250) by 2:00 p.m. Wednesday,

More information

REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES

REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES Sheet 1 of 12 REQUIRED CONTRACT PROVISION FEDERAL AID CONTRACTS UTILIZATION OF DISADVANTAGED BUSINESSES I. INTRODUCTION. The specific requirements for the utilization of Disadvantaged Business Enterprises,

More information

Bid No /7 Release Date: January 25, 2019

Bid No /7 Release Date: January 25, 2019 Houston County School District Rehobeth elementary Lunchroom Kitchen a/c Replacement Request for Proposal (RFP) Bid Opening Date & Time: Friday February 15, 2019 9:00am (Central Time) I. MISCELLANEOUS

More information

REQUEST FOR PROPOSALS for COMPREHENSIVE FACILITY CONDITION ASSESSMENTS CITY HALL AND RECREATION CENTERS for CITY OF SAN MATEO, CALIFORNIA

REQUEST FOR PROPOSALS for COMPREHENSIVE FACILITY CONDITION ASSESSMENTS CITY HALL AND RECREATION CENTERS for CITY OF SAN MATEO, CALIFORNIA REQUEST FOR PROPOSALS for COMPREHENSIVE FACILITY CONDITION ASSESSMENTS CITY HALL AND RECREATION CENTERS for CITY OF SAN MATEO, CALIFORNIA The City of San Mateo is issuing this Request for Proposals (RFP)

More information

REPRESENTATIONS, CERTIFICATIONS, & STATEMENTS OF BIDDERS/OFFERORS

REPRESENTATIONS, CERTIFICATIONS, & STATEMENTS OF BIDDERS/OFFERORS 1. TYPE OF BUSINESS ORGANIZATION The Bidder/Offeror, by checking the applicable box, represents that (a) It operates as a corporation incorporated under the laws of the State of, an individual, a partnership,

More information

All equipment will be assembled and installed by the Supplier and or Contractor.

All equipment will be assembled and installed by the Supplier and or Contractor. REQUEST FOR PROPOSALS (RFP) TO DESIGN, PROCURE AND INSTALL PLAYGROUND EQUIPMENT AND FALL ZONE MATERIAL AT FRONTIER SCHOOL OF INNOVATION ELEMENTARY SCHOOL The Frontier School of Innovation Elementary School

More information

Bonner Springs Housing Authority Request for Proposals Turnover Painting Services

Bonner Springs Housing Authority Request for Proposals Turnover Painting Services Bonner Springs Housing Authority Request for Proposals Turnover Painting Services The Bonner Springs Housing Authority (BSHA) will accept Request for Proposals (RFP) for turnover painting services to assist

More information

CONTRACT FOR REHABILITATION

CONTRACT FOR REHABILITATION HO-11 CONTRACT FOR REHABILITATION KNOW ALL MEN BY THESE PRESENT: GRANTEE TENNESSEE THIS AGREEMENT made this day of 20 by and between hereinafter referred to as OWNER and hereinafter referred to as CONTRACTOR.

More information

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1 A REQUEST FOR PROPOSALS FOR DEMOLITION CONTRACTORS FOR DEMOLITION OF PROPERTIES WITH NEIGHBORHOOD STABILIZATION PROGRAM 3 ( NSP 3 ) FUNDS FOR THE CITY OF PONTIAC This is a Federally Funded project. The

More information

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897 The Town of Wilton 238 Danbury Rd Wilton, CT 06897 The Town of Wilton is requesting sealed proposals for the provision of a new potable water supply to Fire House #2 located at 707 Ridgefield Rd, Wilton,

More information